SOURCES SOUGHT
65 -- CHIROPRACTIC BEDS LV & KCK, EKH, 589-23-3-7626-0072, (VA-23-00068792)
- Notice Date
- 5/19/2023 9:34:36 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25523Q0469
- Response Due
- 5/28/2023 9:00:00 PM
- Archive Date
- 07/28/2023
- Point of Contact
- ASHLEY SCHMITT, CONTRACT SPECIALIST, Phone: 913-946-1974
- E-Mail Address
-
ASHLEY.SCHMITT@VA.GOV
(ASHLEY.SCHMITT@VA.GOV)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: ALL REQUIREMENTS ARE NAME BRAND OR EQUAL. Eastern Kansas VAMC is seeking to purchase three Hills AFT Tables. Each one will be sent to the chiropractic clinic and two local CBOCs: Leavenworth Chiro Clinic, Lawrence CBOC, KCK CBOC. Eastern Kansas VAMC is seeking to purchase two Hills HA90C Manual Drop Chiropractic Table. One will be sent to Topeka s Chiropractic Clinic and one will be sent over to the JC CBOC Chiropractic Clinic. Hills AFT Table (Automatic Flexion Traction) Table Requirements (shall meet or exceed): Manual Thoracic and Lumbar Drop Combo Manual Straight and Forward Drop Headpiece Manual Perlvic Drop Dual Tension Knobs, Pelvic-Drop Soft Foam Headpiece 27 Width Revovable Width Extensions Extra Foot Pedal to Start/Stop Flexion at Foot-End Extra Foot Pedal for Height at Head-End 16 x20 Thoracic Board Stool w/o Back The Hill AFT is available with up to four manual drops including Cervical, Thoracic, Lumbar, and Pelvic. The Cervical Drop has dual action enabling either straight or forward drop motion. Each drop has an adjustable tension knob and is loaded manually with convenient lifting handles on both sides of the table. TABLE TOP Tilting Headpiece Axial Motion Headpiece Thracic Release Slide Out Ankle Removable Tiller Bar ESSENTIALS Auto Motorized Flexion Manual lateral Flexion(21°) Speed Control Grippers Bars Patient Safety Switch BASE Electric height Rocker Foot Pedals Pweder-Coated Steel Thermo-Plastic Base Hills HA90C manual Drop Chiropractic Table Requirements (shall meet or exceed): Tilting Headpiece Thoracic Drop Pelvic Drop Drop Down Foot Section The Hill HA90C has 2 manual drops including Cervical, Thoracic. The Cervical Drop has dual action enabling either straight or forward drop motion. Each drop has an adjustable tension knob and is loaded manually with convenient lifting handles on both sides of the table. TABLE TOP Single main Cushion Face Cut-Out 2.5 Medium Foam ESSENTIALS Electric height Paper Roll and Cutter Arm Rests BASE Corded height Pedal Thermo-Plastic Base Powder-Coated Steel Additional Information: Please provide capabilities for both systems that are not listed above. Please provide information on how both systems operate, include: general overview technical information brochure/user manual The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications, or brand name equal. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Where is the product manufactured? Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Ashley Schmitt at ashley.schmitt@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Sunday, MAY 28th, 2023, at 23:00 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ed908d15b7745b2a3cf14cdc029ac8d/view)
- Place of Performance
- Address: MULTIPLE DELIVERY LOCATIONS SEE ATTACHED SOW
- Record
- SN06689287-F 20230521/230519230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |